Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2021 SAM #7237
SOLICITATION NOTICE

56 -- Mobile Satcom System

Notice Date
9/22/2021 11:25:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
W7N6 USPFO ACTIVITY WAANG 194 CAMP MURRAY WA 98430-5035 USA
 
ZIP Code
98430-5035
 
Solicitation Number
W50S9E21Q0011
 
Response Due
8/20/2010 11:00:00 AM
 
Archive Date
09/04/2010
 
Point of Contact
Justin Scherer, Phone: 2535122178, Matthew, Phone: 2535122186
 
E-Mail Address
justin.scherer.1@us.af.mil, matthew.berube@us.af.mil
(justin.scherer.1@us.af.mil, matthew.berube@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W50S9E21Q0011 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06, Dated 12 July 2021 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 07092021.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This acquisition is under North American Industry Classification Standards (NAICS) code 517410 Satellite Telecommunications with annual revenue not to exceed $35M. The government intends to award a Firm Fixed Price (FFP) contract to a qualified Small Business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. This is a total small business set aside. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon technical acceptability, and price. Please see below for instruction to offerors FAR 52.212-2 for detailed offer instructions stating more information on technical and price. Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. � In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement: CLIN001 A ruggedized small tactical executive WAN communications (dual router/vpn gateway appliance) solution that enables access to secure, classified voice, data, and video services over a multitude of commercial network technologies (Ethernet, Wi-Fi WAN, 4G/5G Cellular, MANET, Satcom, etc.). Needs to support the use of traditional Type 1 HAIPE devices to access classified networks. Needs to be approved for use in the US Department of Defense DISN Enterprise Classified Travel Kit Gateway (DECTK-GW) program and is on DISAs Approved Products List and is tested by the Joint Interoperability Test Command (JITC). Is Federal Information Processing Standard (FIPS) 140-2 validated and NSA Commercial Solutions for Classified (CSfC). Has a failover/failback across multiple WAN technologies (Ethernet, 4G/5G Cellular, Wi-Fi, etc.) Has Commercial National Security Algorithm (CNSA) IPsec (Suite B IPsec) mode of operation. Supports 802.11ax Wi-Fi 6 radios as either a traditional Wi-Fi access point and/or Wi-Fi client. Deep packet inspection, advanced firewall functionality and SSL VPN obfuscation capabilities. Has both web-based Graphical User Interface (GUI) and Command Line Interface (CLI). Weighs < 7 lbs and can provide power to High Assurance Internet Protocol Encryption (HAIPE) device. Comes with 4G LTE radio and can support up to two built in 4G/5G cellular radios. PRICE CLIN 0001_________________ CLIN002 Tan 1.2m Expeditionary parabolic antenna that is MIL-STD-188-164A compliant. Reflector needs to be lightweight (Carbon fiber) and quick to assemble (10 min) with minimal personnel and require no use of tools. Has an elevation range of 5 to 90 degrees with .2 degrees of accuracy and an azimuth range of plus or minus 180 degrees and 0.2 degrees of accuracy. Can withstand wind loads of 30 mph and 45 mph gusts during antenna operation. Prefer an auto acquire and motorized tracking system over non-motorized system. Can handle operational ambient temperatures of -30 degrees Celsius to +60 degrees Celsius. Supports X/Ka/Ku bands. PRICE CLIN 0002_________________ ����� CLIN003 Need a tan ruggedized Outdoor Unit (ODU) with a 950mp integrated router board that is compatible with�� the 1.2m antenna. Needs to have a pointing assistant and a user interface capability to quickly help user with selection of the satellite, elevation setting, and helps the user to align and lock the antenna onto the satellite. Needs to be equipped with integrated spectrum analyzer to measure the signal amplitude. Able to withstand 4 inches of rain per hour, 0 to 100% humidity at 35 degrees Celsius, and handle temperatures of -40�C to +50�C (w/o fan); -40�C to +55�C (w/fan ������������� PRICE CLIN 0003_________________ Question Information: Questions are due no later than 2:00 PM 13 August 2021. Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 20�Aug 2021. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below. ����������� Buyer: Justin Scherer ����������� Alternate Buyer:� Ramsey Millsap ����������� Email:�� 194.WG.FAL.MSC.Contracting@us.af.mil Award will only be made to contractors who have registered with System for Award Management (SAM).� Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through https://www.acquisition.gov �FAC 2021-06, DATED: 12 July 2021. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.sam.gov P = Provisions����� C = Clauses���� * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation ����������� C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal ����������� Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C�FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment ����������� C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, and technical acceptability are the evaluation criteria. �Price will be evaluated by summing CLIN 0001, 0002, and 0003. The sum of all 3 CLINS will be the total evaluated price. Technical will be product technical data which must meet or exceed the specifications in the CLIN descriptions as stated above in CLIN001, CLIN002, and CLIN 003. All products must be approved by (DISA) found here https://aplits.disa.mil/ or on their Test Schedule found here https://aplits.disa.mil/processSchedule. This is a best value decision.� This office will consider any late quotes or any late revisions of quotes as non-responsive. ����������� Technical and Price are approximately equal. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or ���� complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive � Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply� C-FAR 52.219-6, Notice of Total Small Business Set-Aside C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity ������������� C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases ����������� C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors ����������� C-FAR 52.233-3, Protest After Award ����������� C-FAR 52.233-4, Applicable Law for Breach of Contract Claim C*-FAR 52.252-2, Clauses Incorporated by Reference � SEE http://farsite.hill.af.mil C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C* - DFARS 252.211-7003, Item Unique Identification and Valuation C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities P* - DFARS 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate ����������� C-FAR 52.219-8, Utilization of Small Business Concerns ����������� C-FAR 52.219-14, Limitations on Subcontracting C*-FAR 52.222-35, Equal Opportunity for Veterans ����������� C-FAR 52.222-37, Employment Reports on Veterans ����������� C-FAR 52.222-40, Notification of Employee Rights Under the National Labor Relation � Act ����������� C-FAR 52.222-54, Employment Eligibility Verification C � DFARS 252.225-7012, Preference for Certain Domestic Commodities P* DFARS 252.225-7020, Trade Agreements Certificate C � DFARS 252.225-7021, Trade Agreements P* DFARS 252.247-7022, Representation of Extent of Transportation by Sea C � DFARS 252.247-7023, Transportation of Supplies by Sea �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ee3e76c292a44fff9ed3b3a894586381/view)
 
Place of Performance
Address: Camp Murray, WA 98430, USA
Zip Code: 98430
Country: USA
 
Record
SN06141277-F 20210924/210922230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.